352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting a sole source 8(a) construction effort for Unami, LLC to perform a Base Camp Upgrade for the 352 Special Warfare Training Squadron (SWTS) at Fort Bragg, NC. This project involves designing and constructing modifications to Building T-2770 to expand sleep, storage, operational, medical, and cooking facilities. Proposals are due March 25, 2026, at 12:00 PM Central Time.
Scope of Work
This project, identified under Product Service Code Z2JZ (Repair Or Alteration Of Miscellaneous Buildings), requires the design and construction of modifications to Building T-2770 at Base Camp, Fort Bragg, NC. The objective is to accommodate increased requirements for sleep, storage, operational, medical, and cooking space, meeting "temporary facility" design specifications.
Key tasks include:
- Design (CLIN 0001): Architectural and Engineering design, including submittals, specifications, project data, and permitting applications for disturbed areas less than 1 acre.
- Construction (CLIN 0002):
- Demolition: Removal of existing exterior siding, roofing, window elements, and select interior coverings. Storage of reusable items like roof hatch and wood trusses.
- New Construction: Installation of engineered wood I-joists for a second-floor addition, framing new exterior walls, new roof sheathing, and a new widow's walk platform. Includes new aluminum fascia, gutters, and downspouts.
- Interior Build-out: Creation of approximately 25 male and 5 female single-occupancy bedspaces, a separate female area, a ready room for 40 staff with cubbies and charging stations, a medical area for 2 patients, an operations center, and an appliance room.
- Exterior & Utilities: Enclosure of covered decks, installation of new electrical circuits, a 20K diesel generator with noise abatement and spill containment, reinforced roof for antennas, conduit for cables, a DRASH unit interface, access ramps, blackout curtains, covered vehicle parking, and fence line expansion.
- Covered Shelter: Repair of damaged fascia, replacement of gable sheathing, painting, and rebuilding of an instructor podium.
- Electrical: Power supply via generator, with electrical and structural accommodations for a ductless heat pump system.
Contract Details & Requirements
- Contract Type: Combined Synopsis/Solicitation (RFP) for a sole source 8(a) construction effort.
- Set-Aside: 8(a) Sole Source (FAR 19.8) for Unami, LLC.
- Place of Performance: Building T-2770, Base Camp, Fort Bragg, NC.
- Wage Determination: Compliance with Davis-Bacon Act GDN NC20260122, effective January 2, 2026, for building construction in Cumberland and Hoke Counties, NC.
- Bonds: Performance and Payment Bonds required for proposals exceeding $35,000. Alternative Payment Protections for proposals between $35,000 and $150,000.
- Working Hours: Monday-Friday, 7:00 AM to 4:30 PM EST, excluding Federal holidays. Coordination with the facility manager (Mr. Dan Kaster) is required to minimize disruption to student training.
- Personnel: All workers must be legal U.S. Citizens with installation clearance.
Submission & Evaluation
- Proposal Due Date: March 25, 2026, at 12:00 PM Central Time.
- Offer Acceptance Period: Offers must be valid until May 30, 2026.
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Evaluation Criteria: Proposals will be evaluated on Factor 1 – Technical (methodology, approach, schedule, risk mitigation) and Factor 2 – Price (completeness, continuity, traceability, reasonableness). Award will be made to the responsible offeror whose proposal is technically acceptable.
- Pricing: Bidders must use Attachment 3 (Price Proposal) to submit their total price for CLIN 0001, rounded to the nearest dollar.
Contact Information
- Primary: Tonya Hughes (tonya.hughes.2@us.af.mil, 6182569979)
- Secondary: Amber Climaco (amber.climaco@us.af.mil, 6182569964)